Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 8,1996 PSA#1718

WL/MNK, Building 13, 101 W. Eglin Blvd, Ste 337, Eglin AFB, FL, 32542- 6810

A -- DEEP EARTH PENETRATING TECHNOLOGY PROGRAM (PART 2 OF 2) SOL MNK-97-0003 DUE 122396 POC Contact Point, Stacey Darhower, (904) 882-4294, ext 3408, Contract Specialist; or Jean M. Pulley, Contracting Officer, WL/MNK, (904) 882- 4294, ext 3402. Continuation of previous synopsis for Armament Technologies: DEEP EARTH PENETRATING TECHNOLOGY PROGRAM (Part 2 of 2). D--PROPOSAL PREPARATION INSTRUCTIONS: (1) General: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Offerors must submit approved DD Form 2345, Export-Controlled DOD Technical Data Agreement, with their proposal and should state whether they are a large business, small business, small disadvantage business, nonprofit, educational, women-owned small business, or historically black college or minority institution. Offerors should consider instructions contained in the ''Proprietary Information'' and ''When and How to Submit'' sections of the AFMC Pamphlet 64-101, ''Unsolicited Proposal Guide,'' copies of which are available by writing to: AFDTC/BC, 205 West D Avenue, Ste 449, Eglin AFB, FL 32542-6863 or telephone (904) 882-2843, ext 3. AFMC Form 190, Policy Agreements, does not apply to Program Research and Development Announcements. Additional proposal questions should be directed to one of the points of contact listed elsewhere herein. A technical and cost proposal submitted in separate volumes, is required and must reference the above PRDA number. Volume 1 should provide the technical proposal and Volume 2 should address the price/cost portions of the proposal. Volume 1 should be limited to a total of 50 pages (double spaced and no fold outs), including resumes, charts, figures, tables, etc. Foldouts and pages in excess of the specified 50 pages will be removed and returned to the offeror before evaluation starts. Cost proposals have no limitations, however, offerors are requested to keep cost proposals to 20 pages as a goal. A page is defined to be one side of an 8.5 x 11 inch piece of paper with information on it. Minimum print size is 10 point type, or 12 pitch. Proposals shall be submitted in an original and 5 copies. All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Copies of the proposals may be forwarded, if the offeror authorizes in writing, to other interested government agencies for funding consideration. Authorization for limited reproduction and dissemination within Government Agencies and National Laboratories is requested. Offerors are advised that only the Contracting Officer is legally authorized to contractually bind or otherwise obligate the Government. (2) Cost Proposal: It is expected that this contract will be awarded based upon a determination that there is adequate price competition, therefore the offeror is not required to submit or certify cost or pricing data with its proposal. The accompanying cost proposal/price breakdown shall include a person-hour breakdown by task, a cost element summary (labor, overhead, travel, G&A, etc.), and a SF1448. Estimated costs for tests or historical data for similar efforts are requested for program office budgetary estimation and value estimation. The cost of preparing proposals in response to this announcement is not considered an allowable direct charge to any resulting contract, or any other contract. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. (3) Technical Proposal: The technical proposal shall include as a minimum : (a) detailed technical approach, (b) proposed program schedule, and (c) a statement of contractor's previous contracts with the government for the past ten years to include contract number, installation, and government office awarding the contract. E--PROPOSAL EVALUATION: The selection of one source for contract award shall be based on scientific and engineering evaluation of the proposals in response to this PRDA. Proposals will be evaluated as received using the factors given below. No further evaluation criteria will be used in selecting the proposals. The factors, listed in descending order of importance, are: (1) The overall technical merits of the proposal. (2) The offeror's capabilities, related experience, facilities, techniques, or unique combinations of these which are integral factors for achieving the proposal objectives. (3) The qualifications, capabilities, and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposal objectives. (4) The offeror's record of past and present performance. (5) Reasonableness and realism of proposed cost: An evaluation is made of all proposed costs to ensure the offeror has a proper understanding of the effort. It is the policy of WL/MN to treat all proposals as privileged information prior to award, and to disclose the contents only for the purposes of evaluation. The offeror must indicate on the appropriate form any limitation to be placed on disclosure of information contained in the proposal. Offerors are encouraged to propose risk/cost sharing arrangements to accelerate this effort. The technical and cost information will be evaluated at the same time. The U.S. Air Force reserves the right to select for award one, several, or none of the proposals received in response to this announcement. Offerors may contact the individuals or sections listed herein to obtain generally available clarification of technical/contractual issues and cost proposal format or pricing information. F--POINTS OF CONTACT: (1) Contracting/Cost: Ms Stacey Darhower, Contracting Specialist, (904) 882-4294, ext 3408, at WL/MNK, 101 W Eglin Blvd, Ste 337, Eglin AFB, FL 32542-6810. The telefax number is (904) 882-9599. (2) Technical Issues: Mr. W. Evan Loose, (904) 882-2141, ext 2211, (FAX (904) 882-9790) at WL/MNMW, 101 W Eglin Blvd, Ste 247, Eglin AFB, FL 32542-6810. (3) An Ombudsman has been appointed to hear concerns from offerors and potential offerors during the proposal development phase of the is acquisition. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. All potential offerors should use established channels to voice concerns before resorting to the use of the Ombudsman. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the selection decision. Interested parties should direct all routine communication concerning this acquisition to Stacey Darhower, Contract Specialist, E-Mail darhow@eglin.af.mil, (904) 882-4294, ext 3408, at WL/MNK, 101 West Eglin Blvd, Ste 337, Eglin AFB FL 32542-6810. The telefax number is (904) 882-9599. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level. These serious concerns only may be directed to the Ombudsman, Colonel Timothy R. Kinney at (904) 882-9051 (0311)

Loren Data Corp. http://www.ld.com (SYN# 0005 19961107\A-0005.SOL)


A - Research and Development Index Page